MAIN DIESEL ENGINE ASSEMBLIES SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
52000PR22Q0016287

Basic Details

started - 08 Apr, 2022 (about 2 years ago)

Start Date

08 Apr, 2022 (about 2 years ago)
due - 12 Apr, 2022 (about 2 years ago)

Due Date

12 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
52000PR22Q0016287

Identifier

52000PR22Q0016287
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34402)US COAST GUARD (24494)SFLC PROCUREMENT BRANCH 1(00080) (3367)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MAIN DIESEL ENGINE ASSEMBLIES SERVICES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000PR22Q0016287. This number is for tracking purposes only. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611.THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:The contractor shall provide pricing for the following:A. REQUIREMENT:1. The contractor shall provide OEM (MTU) tech support to include Overhaul services and Commissioning of a MTU Marine Engine IAW the attached  SOW/specification.   1 JB     2. Location of Service (FBO Destination) Charleston, SC 29401-18173. Location of Performance:USCGC Yellowfin (WPB 87319)C/O INTEGRATED SUPPORT
CENTER4000 COAST GUARD BLVDPORTSMOUTH, VA 23703-21994. REQUIRED PERIOD OF PERFORMANCE:18 AUG -15 SEP 2022Interested Vendors shall be a Qualified Technical Representative IAW Specification and provide verification documentation from OEM Manufacturer (MTU). Interested Vendors shall demonstrate past performance completing this task. Vendor shall submit past performance info/documentation with the quotation for a technical review.NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item.As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.       1. Please provide any warranty information.       2. Vendors MUST be registered in www.sam.govThe USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 11 Apr 2022 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Ms Jackie Handley at email address – Jacqueline.D.Handley@uscg.mil. Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SKC Bobby Griffin via email bobby.r.griffin@uscg.mil and telephone (757) 628-4942; and Ms Jackie Handley at email address - Jacqueline.D.Handley@uscg.mil. The following FAR Clauses and Provisions apply to this acquisition:FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.FAR 52.222-3 - Convict Labor (Jun 2003)FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126).FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)FAR 52.222-26 - Equal Opportunity (Sep 2016)FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)FAR 52.233-3 - Protest After Award (Aug 1996)FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.

Portsmouth ,
 VA  23703  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Portsmouth

You may also like

PURCHASE OF CLIN 0108: CUMMINS DIESEL ENGINE PARTS

Due: 22 May, 2024 (in 25 days)Agency: U.S. COAST GUARD

PURCHASE OF VARIOUS DIESEL ENGINE EXHAUST PARTS.

Due: 14 May, 2024 (in 17 days)Agency: U.S. COAST GUARD

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 336611Ship Building and Repairing
pscCode L020Technical Representation Services: Ship and Marine Equipment